Cheshire Fire & Rescue Service is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | New Fire Station Contractor Framework |
Notice type: | Contract Notice |
Authority: | Cheshire Fire & Rescue Service |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Cheshire Fire Authority is seeking to procure a framework agreement to establish the appointment of a design and build contractor to a single supplier framework to deliver three new build fire stations. The construction of a new community Fire Station at Penketh, Operational Response Hub and Safety Centre at Lymm and an Operational Response Hub in the Chester area. Expressions of interest are being sought from suitably experienced and qualified contractors. The successful contractor will be expected to work collaboratively with all stakeholders to deliver continuous improvement and tangible benefits in terms of : Cost and time certainty, value for money, high levels of customer satisfaction, sustainability, reducing waste and construction costs and excellence throughout the supply chain. For further information and clarity regarding the architectural and design consultancy elements of this project (including any novation requirements) please see the Information Memorandum. |
Published: | 07/03/2014 15:23 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Cheshire Fire Authority
Sadler Road, Winsford, CW7 2FQ, United Kingdom
Tel. +44 1606868700, URL: www.cheshirefire.gov.uk
Attn: Mr Tim Broughton
Electronic Submission URL: www.supply4nwfire.org.uk
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Public Order and Safety
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: New Fire Station Contractor Framework
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
Design and Execution
Region Codes: UKD2 - Cheshire
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with a single operator
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 10,000,000 and 12,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Fire station construction work. Emergency-services building construction work. Architectural design services. Design consultancy services. Building construction work. Construction work. Multi-functional buildings construction work. Construction work for buildings relating to law and order or emergency services and for military buildings. Construction work for buildings relating to law and order or emergency services. Construction work for buildings relating to emergency services. Cheshire Fire Authority is seeking to procure a framework agreement to establish the appointment of a design and build contractor to a single supplier framework to deliver three new build fire stations. The construction of a new community Fire Station at Penketh, Operational Response Hub and Safety Centre at Lymm and an Operational Response Hub in the Chester area. Expressions of interest are being sought from suitably experienced and qualified contractors. The successful contractor will be expected to work collaboratively with all stakeholders to deliver continuous improvement and tangible benefits in terms of : Cost and time certainty, value for money, high levels of customer satisfaction, sustainability, reducing waste and construction costs and excellence throughout the supply chain.
For further information and clarity regarding the architectural and design consultancy elements of this project (including any novation requirements) please see the Information Memorandum.
II.1.6)Common Procurement Vocabulary:
45216121 - Fire station construction work.
45216125 - Emergency-services building construction work.
71220000 - Architectural design services.
79415200 - Design consultancy services.
45210000 - Building construction work.
45000000 - Construction work.
45211350 - Multi-functional buildings construction work.
45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
45216100 - Construction work for buildings relating to law and order or emergency services.
45216120 - Construction work for buildings relating to emergency services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Further detailed in the tender documentation
Estimated value excluding VAT:
Range between: 10,000,000 and 12,000,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 48 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The contracting authority reserves the right to require deposits , guarantees, bonds or other forms of appropriate security. Details of any such requirement will be set out in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be set out in detail in the tender documents, but is expected that the contractual arrangements (including the payment arrangements) will be based on an amended JCT Standard Framework Contract and an amended JCT Standard Design and Build Contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
For groups or consortia there will be a requirement for a single contractor to take primary liability or for each party to undertake joint and several liability.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Service providers may be asked to actively participate in the achievement of social and/or environmental policy objectives. Accordingly, contract performance conditions in particular may relate to social and/or environmental considerations.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in pre-qualification questionnaire (PQQ) available from the contact point listed in I.1, applicants will be assessed in accordance with part 4 of the Public Contracts Regulations 2006 on the basis of the information provided in the response to the PQQ.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 and as set out in the PQQ available in I.1. The PQQ sets out the information required in respect of the economic and financial capacity.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
In accordance with Articles 48 to 50 of Directive 2004/18/EC and regulation 25 of the Public Contracts Regulations 2006 and as set out in the PQQ available from the contact in I.1.
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators: 5
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 468
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 14/04/2014
Time: 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Please note that all communication shall take place via the supply4nwfire e-portal. Further background information is available by reading the Information Memorandum.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.supply4nwfire.org.uk/tenders/UK-UK-Winsford:-Fire-station-construction-work./75Y97A4G55
To respond to this opportunity, please click here:
https://www.supply4nwfire.org.uk/respond/75Y97A4G55
GO-201437-PRO-5512373 TKR-201437-PRO-5512372
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
As in section VI.4.2 below.
VI.4.2)Lodging of appeals: The contracting Authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before a contract is entered into.
The Public Contracts Regulations 2006 (SI 2006/5) provide the aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 07/03/2014
ANNEX A